Loading...
HomeMy WebLinkAboutC2025-263 - 12/16/2025 - Approved SUPPLY AGREEMENT NO. 6546 Brass Service Water Fittings .� g THIS Brass Service Water Fittings Supply Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Act Pipe and Supply Inc. ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Brass Service Water Fittings in response to Request for Bid No. 6546 ("RFB"), which RFB includes the required scope of work and all specifications and which RFB and the Contractor's bid response are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor shall provide Brass Service Water Fittings in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. "Goods," "products", and "supplies", as used in this Agreement, refer to and have the same meaning. 2. Term. (A) The term of this Agreement is one year beginning on the date executed by the City. The parties may mutually renew the term of this Agreement for up to zero additional zero period(s) (each an "Option Term"), provided, the parties do so in writing prior to the expiration of the original term or the then-current Option Term. (B) At the end of the term of this Agreement or the final Option Term, the Agreement may, at the request of the City prior to expiration of the Term or final Option Term, continue on a month-to-month basis for up to six months, with compensation based on the applicable pro rata monthly amount of the total amount stated in section 3 of this Agreement. The Contractor may opt out of this continuing term by providing notice to the City at least 30 days prior to the expiration of the Term or final Option Term. During the month-to-month term, either party may terminate the Agreement upon 30 days' advance written notice to the other party. 3. Compensation and Payment. This Agreement is for an amount not to exceed $314,781 .64, subject to approved amendments and changes. Payment will be made for goods delivered and accepted by the City within 30 days of Supply Agreement Standard Form Page 1 of 7 Approved as to Form: October 2025 completion, subject to receipt of an acceptable invoice. All pricing must be in accordance with the attached Quote/Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Invoices must be mailed to the following address with a copy provided to the Contract Administrator: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, TX 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Amanda Howard - Contract/Funds Administrator Corpus Christi Water Phone: 361-826-1894 AmandaC@corpuschristitx.gov 5. Insurance. Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of products to be provided by the Contractor over a period of time, the City shall exercise its right to specify time, place, and quantity of products to be delivered in the following manner: any City department or division may send to Contractor a purchase release order signed by an authorized employee of the department or division. The purchase release order must refer to this Agreement, and products will remain with the Contractor until such time as the products are delivered and accepted by the City. 7. Inspection and Acceptance. City may inspect all products supplied before acceptance. Any products that are delivered but not accepted by the City must Supply Agreement Standard Form Page 2 of 7 Approved as to Form: October 2025 be corrected or replaced immediately at no charge to the City. If immediate correction or replacement at no charge cannot be made by the Contractor, a replacement product may be bought by the City on the open market and any costs incurred, including additional costs over the item's bid price, must be paid by the Contractor within 30 days of receipt of City's invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) The specific warranty provisions applicable to this Agreement are stated in Attachment D, which is attached and incorporated by reference into this Agreement as if fully set out here in its entirety. Products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. 9. Quality/Quantity Adjustments. Any quantities indicated on Attachment B are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Term. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in the City's fiscal budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as that determination and decision is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor shall perform the work required by this Agreement as an independent contractor and shall furnish such products in its own manner and method, and under no circumstances or conditions will any agent, servant, or employee of the Contractor be considered an employee of the City. 12. Subcontractors. In providing the goods, Contractor may not enter into subcontracts or utilize the services of subcontractors. Supply Agreement Standard Form Page 3 of 7 Approved as to Form: October 2025 13. Amendments. This Agreement may be modified only in writing executed by an authorized representative of each party. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. Reserved. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Amanda Howard - Contract/Funds Administrator Corpus Christi Water 2726 Holly Road, Corpus Christi, TX 78415 Phone: 361-826-1894 Fax: 361-826-4495 IF TO CONTRACTOR: Act Pipe & Supply Inc. Attn: Casey James 1845 Suntide Road, Corpus Christi, TX 78409 Phone: 361-248-4420 Fax: n/a 17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS, AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES, AND AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES, WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, OR FAULT OF THE CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED Supply Agreement Standard Form Page 4 of 7 Approved as to Form: October 2025 THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) Termination for Cause. The City may terminate this Agreement for Contractor's failure to comply with any of the terms of this Agreement. The City must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City may terminate this Agreement immediately thereafter. (B) Termination for Convenience. Alternatively, the City may terminate this Agreement for convenience upon 30 days' advance written notice to the Contractor. In the event of a termination for convenience, the Contractor shall be compensated for all Services performed prior to the date of termination, and the City shall have no further obligation to the Contractor 19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a copy of the owner's manual and/or preventative maintenance guidelines and instructions, if any, for any equipment purchased by the City pursuant to this Agreement. Contractor shall provide such documentation upon delivery of the equipment and prior to receipt of the final payment by the City. 20. Limitation of Liability. The City's maximum liability under this Agreement is limited to the total amount of compensation shown in section 3 of this Agreement. In no event shall the City be liable for incidental, consequential, or special damages. 21. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 22. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Supply Agreement Standard Form Page 5 of 7 Approved as to Form: October 2025 Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 23. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1 ); then, D. the Contractor's bid response (Exhibit 2). 24. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement if required by law. 25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Agreement. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such forum and venue for such disputes is the appropriate district or county court in Nueces County, Texas. In accordance with Chapter 2271 , Texas Government Code, if this contract has a value of $100,000 or more paid wholly or partly from public funds and the Contractor has 10 or more full-time employees, Contractor verifies that the Contractor does not boycott Israel and will not boycott Israel during the term of this Agreement. In accordance with Chapter 2274, Texas Government Code, Contractor verifies that the Contractor does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association and will not discriminate during the term of the Agreement against a firearm entity or fire trade association. In accordance with Chapter 2276, Texas Government Code, Contractor verifies that the Contractor does not boycott energy companies and will not boycott energy companies during the term of this Agreement. 26. Public Information Act Requirements. This clause applies only to agreements that have a stated expenditure of at least $1 ,000,000 or that result in the expenditure of at least $1 ,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 27. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. Supply Agreement Standard Form Page 6 of 7 Approved as to Form: October 2025 Act Pipe and Supply Inc. � Signature: Cze� 7awes CasevJame�s(Dec18.202508:32:55CSTl Printed Name: Casey James Title: Sales Representative Date: 12/18/2025 CITY OF RP S CHRISTI Rachel Erben M2025-169 ,�_irhr�ri��d irw Assistant Director- Contracts & Procurement Date: 12/18/2025 COLHICil 12/16/2025 RH Reviewed by: N O ra ya was 12/18/2025 Nara Vargas(Dec 18,2025 0 . 1:07 CST) Purchasing Manager Date ,T-1.vc Rebecca f6teea Attached and Incorporated by Reference: PJ h--w--(n-1 R')f)?R 16.4R- I1 rq Attachment A: Scope of Work Rebecca lHuerta Attachment B: Quote/Bid/Pricing Schedule City Secretary Attachment C: Insurance Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1 : RFB No. 6546 Exhibit 2: Contractor's Bid Response Supply Agreement Standard Form Page 7 of 7 Approved as to Form: October 2025 Attachment A: Scope of Work 1 .1 General Reg uirements/Background Information Corpus Christi Water (CCW) uses and stocks brass service water fittings for the main cut-off water to residential homes and businesses. 1 .2 Scope of Work A. The Contractor shall provide brass service water fittings stamped with the letters "NL" (lead free). The Materials must comply with American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 60/61 , which must be obtained from the National Science Foundation (NSF), Underwriters Laboratories (UL), or an agency recognized by the Texas Natural Resource and Conservation Commission (TNRCC). In lieu of certified parts, TNRCC's interim order, which would grant the purchase of a different type (that would serve the same purpose), may be acceptable only if no product in that category has been certified. This specification covers various fittings used by CCW. B. The Contractor shall cross-reference the listed manufacturer's part number listed on the Bid Form. C. The Contractor agrees that the manufacturer's items bid must be identical in application to the items on the Bid Form. 1 .3 Sl2ecialInstructions A. Ordering and Delivery 1 . CCW will place orders on an as-needed basis. 2. The Contractor shall ship the order to CCW, located at 2726 Holly Road, Corpus Christi, Texas, 78415, within two weeks of receiving it. 3. All Contractor prices are F.O.B. destination, inside delivery to CCW, and freight prepaid. 4. The Contractor will send a technical data sheet along with the order's delivery. CCW will not accept any order that does not conform to the specifications. 5. All brass service water fittings for water lines will be defect-free, properly packed, and shipped to ensure safe delivery. Page 1 of 2 6. The Contractor may cancel any backorders due to the Contractor's inability to deliver the product within the set time frame. 7. Cancellations must be in writing and sent to the Contractor by email, fax, or mail. 8. No restocking fee or payment must be owed for orders cancelled due to the Contractor's inability to meet the delivery deadline. B. Defective Goods The Contractor shall pay for return shipment on any products that arrive in a defective, unusable, or inoperable condition and must arrange for the return shipment or damaged products. 1 .4 Quality Control and Superintendence A. The Contractor shall ensure that the product and services meet quality standards and are acceptable to the City's Contract Administrator to assure that the requirements of the contract are provided as specified. The Contractor shall also provide supervision of the work to ensure it complies with the contract requirements. B. Any fines or costs imposed on CCW by TNRCC or any successor agency for accepting non-certified products will be passed on to and borne by the Contractor. 1 .5 Invoicinq A. All invoices must be itemized. B. The invoices must contain the following: 1 . Contract number 2. Purchase order number 3. CCW point of contact Page 2 of 2 Attachment B: Bid/Pricing Schedule C - -� CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT BID FORM RFB No. 6546 Brass Service Water Fittings PAGE 1 OF 3 Date: 06/12/2025 Authorized Bidder: ACT PIPE&SUPPLY Signature: 1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before completing bid. 2. Quote your best price for each item. 3. In submitting this bid, Bidder certifies that: a. the prices in this bid have been arrived at independently, without consultation, communication, or agreement with any other Bidder or competitor, for the purpose of restricting competition with regard to prices. b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information on file with City's Contracts and Procurement office, pursuant to the Code of Ordinances, is current and true. c. Bidder is current with all taxes due and company is in good standing with all applicable governmental agencies. d. Bidder acknowledges receipt and review of all addenda for this RFB. Item Description UNIT QTY Unit Price Total Price CURB STOP 3/4" FIP X FIP 1 Mueller (MB20283NF), Ford (B11-333-NL), or EA 150 $50.25 $7,537.50 equivalent CURB STOP 1" FIP X FIP 2 Mueller(MB20283NG), Ford (Bl 1-444-NL), or EA 150 $78.10 equivalent $11,715.00 METER STOP 3/4" ANGLE F X MTR 3 Mueller (MB24265NEFF), Ford (BA13-332W-NL), or EA 200 $67.43 $13,486.00 equivalent METER 3/4"ANGLE STOP FIP X MTR 4 Mueller (MH1465NFEF), Ford (KV13-332W-NL), or EA 150 $30.38 $4,557.00 equivalent METER ANGLE STOP 1" X 1 3/4" 5 Muellar(MP24258NEFG), Ford (BA43-342W-NL), or EA 210 $84.12 $17,665.20 equivalent Addendum No. 3 —REVISED BID FORM i Page 2 of 3 Item Description UNIT QTY Unit Price Total Price ANGLE METER STOP 1" FIP X MTR 6 Mueller (MB24265NG), Ford (BA13-444W-NL),or EA 240 $101.59 248 3 1.60 equivalent $ CURB STOP 3/4" FIP X CTS COMP 7 Muellar (MP2172NF), Ford (41-333-NL), or EA 210 $56.78 $11,923.80 equivalent CURB STOP 1" FIP X CTS COMP 8 Muellar(MP25172330N), Ford (B41-444-NL), or EA 90 $87.21 equivalent $7,848.90 ANGLE MTR STOP 3/4" COM X MTR 9 Mueller(MP2458NEFF), Ford (BA43-332W-NL), or EA 240 equivalent $74.11 $17,786.40 ANGLE MTR STOP 1" COMP X MTR Muellar 10 (MP24258NG), Ford (BA43-444W-NL), or equivalent EA 180 $111.21 $20,017.80 METER STOP 3/" CTS X MTR 1 1 Muellar(MP24350NF), Ford (B43-444-W-NL),or EA 200 equivalent $67.35 $13,470.00 METER STOP 1" COMP X MTR 12 Muellar (MP24350NG), Ford (B43-444W-NL), or EA 160 $99.52 $15,923.20 equivalent COUPLING 1'/2" CTS X CTS Muellar(MP I 5403NJ),13 Ford (C44-66-NL), or equivalent EA 80 $68.23 $5,458.40 COUPLING 2" CTS X CTS 14 Muellar(MP I5403NK), or Ford (C44-77-NL), or EA 80 $92.14 $7,371.20 equivalent COUPLING 3/" MIP X MTR 15 Muellar (MH10890NF), Ford (C38-23-2.5-NL), or EA 1,200 $9.50 $11,400.00 equivalent COUPLING 1" MIP X MTR 16 Muellar (MH10890NG), Ford (C38-44-2.625-NL), or EA 160 $14.64 $2,342.40 equivalent CORP STOP 3/4" MIP X CTS COMP 17 Muellar (MP15028NF), Ford (F1100-3NL), or EA 240 $31.93 $7,663.20 equivalent CORP STOP 1" MIP X CTS COMP 18 Muellar (MP I5028NG), Ford (F1 100-4NL), or EA 450 $48.36 $21,762.00 equivalent CORP STOP 11/2" MIP X CTS COM 19 Muellar (MP25029NJ), Ford (F1 100-6NL), or EA 80 $139.23 $11,138.40 equivalent CORP STOP 2" MIP X CTS COMP 20 Muellar (MP25028NK), Ford (FB1100-7NL), or EA 130 $230.30 $29,939.00 equivalent Addendum No. 3 —REVISED BID FORM Page 3 of 3 Item Description UNIT QTY Unit Price Total Price U BRANCH 1" X 3/4" X 7 '/2" 21 Muellar (MP 15363NGF712), or equivalent EA 72 $44.01 $3,168.72 i U BRANCH 1" C X 3/4" M X 14" 22 Muellar(MP15363NGFI312) or equivalent EA 120 $88.27 $10,592.40 COUPLING 3/4" COMP X COMP 23 Muellar (MP 15403NF), or equivalent EA 240 $17.82 $4,276.80 COUPLING 1" CTS COMP X COMP Muellar $20.39 $3,914.88 24 EA 192 (MP I5403NG), or equivalent COUPLING 3/" MIP X CTS COMP 25 Muellar(MP I5428NF), or equivalent EA 288 $14.64 $4,216.32 COUPLING 1" MIP X CTS COMP 26 Muellar (MP15428NG), or equivalent EA 240 $17.35 $4,164.00 COUPLING 1'/2" MIP X CTS COMP 27 Muellar (MP 15428NJ), or equivalent EA 48 $47.50 $2,280.00 COUPLING 2" MIP X CTS COMP 28 Muellar (MP I5428NK), or equivalent EA 96 $69.20 $6,643.20 RESETTER 5/8" X 3/4" X 7" 29 Muellar(MH 141 18NEFW), or equivalent EA 48 $87.63 $4,206.24 RESETTER 5/8" X 3/4" X 9" 30 Muellar (MH14118NEFI2), or equivalent EA 40 $91.85 $3,674.00 RESETTER 5/8" X 3/4" X 9" Muellar(MH141 18NEFY), 31 or equivalent EA 48 $88.71 $4,258.08 Total $314,781.64 Addendum No. 3 —REVISED BID FORM Attachment C: Insurance Requirements The City's Legal Department has recommended no insurance requirements for this particular scope of work. Page 1 of 1 Attachment D: Warranty Requirements Brass service water fittings found to be defective, unusable, or inoperable will be returned to the manufacturer at no cost to the City. Page 1 of 1